Loading...
Gridlock Traffic System/Street/$54,457.63Gridlock Traffic Systems, Inc. Street Department 2011 Appropriation #0043 503.00 P.O. #27388 Contract Not To Exceed $54,457.63 AGREEMENT FOR PURCHASE OF GOODS AND SERVICES TERMS AND CONDITIONS THIS AGREEMENT FOR PURCHASE OF GOODS AND SERVICES "Agreement is hereby entered into by and between the City of Carmel, Indiana, acting by and through its Board of Public Works and Safety "City and Gridlock Traffic Systems, an entity duly authorized to do business in the State of Indiana "Vendor"). 1. ACKNOWLEDGMENT, ACCEPTANCE: Vendor acknowledges that it has read and understands this Agreement, and agrees that its execution of same constitutes its acceptance of all of the Agreement's terms and conditions. 2. PERFORMANCE: City agrees to purchase the goods and /or services (the "Goods and Services from Vendor using City budget appropriation number 0043 503.00 funds. Vendor agrees to provide the Goods and Services and to otherwise perform the requirements of this Agreement by applying at all times the highest technical and industry standards. 3. PRICE AND PAYMENT TERMS: 3.1 Vendor estimates that the total price for the Goods and Services to be provided to City hereunder shall be no more than Fifty Four Thousand Four Hundred Fifty Seven Dollars and Sixty Three Cents ($54,457.63) (the "Estimate Vendor shall submit an invoice to City no more than once every thirty (30) days detailing the Goods and Services provided to City within such time period. City shall pay Vendor for such Goods and Services within sixty (60) days after the date of City's receipt of Vendor's invoice detailing same, so long as and to the extent such Goods and Services are not disputed, are in conformance with the specifications set forth in Exhibit A, are submitted on an invoice that contains the information contained on attached Exhibit B, and Vendor has otherwise performed and satisfied all the terms and conditions of this Agreement. 3.2 Vendor agrees not to provide any Goods and Services to City that would cause the total cost of the Goods and Services provided by Vendor to City hereunder to exceed the Estimate, unless City has previously agreed, in writing, to pay an amount in excess thereof. 4. WARRANTY: Vendor expressly warrants that the Goods and Services covered by this Agreement will conform to those certain specifications, descriptions and /or quotations regarding same as were provided to Vendor by City and /or by Vendor to and accepted by City all of which documents are incorporated herein by reference, and that the Goods and Services will be delivered in a timely, good and workmanlike manner and free from defect. Vendor acknowledges that it knows of City's intended use and expressly warrants that the Goods and Services provided to City pursuant to this Agreement have been selected by Vendor based upon City's stated use and are fit and sufficient for their particular purpose. \Vssvrapps MAY Data Admin\LAUtshared\ProfSvcs Goods Svcs \SVec9\201 I \GRIDLOCK TRAFFIC SYSTEMS Gods So FORM Rev April 201 1.doc:9 /22/2011 1:56 PM] Gridlock Traffic Systems, Inc. Street Department 2011 Appropriation #0043 503.00 P.O. #27388 Contract Not To Exceed $54,457.63 5. TIME AND PERFORMANCE: This Agreement shall become effective as of the last date on which a party hereto executes same "Effective Date and both parties shall thereafter perform their obligations hereunder in a timely manner. Time is of the essence of this Agreement. 6. DISCLOSURE AND WARNINGS: If requested by City, Vendor shall promptly furnish to City, in such form and detail as City may direct, a list of all chemicals, materials, substances and items used in or during the provision of the Goods and Services provided hereunder, including the quantity, quality and concentration thereof and any other information relating thereto. At the time of the delivery of the Goods and Services provided hereunder, Vendor agrees to furnish to City sufficient written warning and notice (including appropriate labels on containers and packing) of any hazardous material utilized in or that is a part of the Goods and Services. 7. LIENS: Vendor shall not cause or permit the filing of any lien on any of City's property. In the event any such lien is filed and Vendor fails to remove such lien within ten (10) days after the filing thereof, by payment or bonding, City shall have the right to pay such lien or obtain such bond, all at Vendor's sole cost and expense. 8. DEFAULT: In the event Vendor: (a) repudiates, breaches or defaults under any of the terms or conditions of this Agreement, including Vendor's warranties; (b) fails to provide the Goods and Services as specified herein; (c) fails to make progress so as to endanger timely and proper provision of the Goods and Services and does not correct such failure or breach within five (5) business days (or such shorter period of time as is commercially reasonable under the circumstances) after receipt of notice from City specifying such failure or breach; or (d) becomes insolvent, is placed into receivership, makes a general assignment for the benefit of creditors or dissolves, each such event constituting an event of default hereunder, City shall have the right to (1) terminate all or any parts of this Agreement, without liability to Vendor; and (2) exercise all other rights and remedies available to City at law and /or in equity. 9. INSURANCE AND INDEMNIFICATION: Vendor shall procure and maintain in full force and effect during the term of this Agreement, with an insurer licensed to do business in the State of Indiana, such insurance as is necessary for the protection of City and Vendor from all claims for damages under any workers' compensation, occupational disease and /or unemployment compensation act; for bodily injuries including, but not limited to, personal injury, sickness, disease or death of or to any of Vendor's agents, officers, employees, contractors and subcontractors; and, for any injury to or destruction of property, including, but not limited to, any loss of use resulting therefrom. The coverage amounts shall be no less than those amounts set forth in attached Exhibit C. Vendor shall cause its insurers to name City as an additional insured on all such insurance policies, shall promptly provide City, upon request, with copies of all such policies, and shall provide that such insurance policies shall not be canceled without thirty (30) days prior notice to City. Vendor shall indemnify and hold harmless City from and against any and all liabilities, claims, demands or expenses (including, but not limited to, reasonable attorney fees) for injury, death and /or damages to any person or property arising from or in connection with Vendor's provision of Goods and Services pursuant to or under this Agreement or Vendor's use of City property. \Ussvrapps I \User Data Admin\LAW\hand\ProfSvcs Goods Svcs\Stred\201 I \GRIDLOCK TRAFFIC SYSTEMS Go Swifts FORM Rev April 201 l.do:9/22/20111:06 PM] Gridlock Traffic Systems, Inc. Street Department 2011 Appropriation #0043 503.00 P.O. #27388 Contract Not To Exceed $54,457.63 Vendor further agrees to indemnify, defend and hold harmless City and its officers, officials, agents and employees from all claims and suits of whatever type, including, but not limited to, all court costs, attorney fees, and other expenses, caused by any act or omission of Vendor and /or of any of Vendor's agents, officers, employees, contractors or subcontractors in the performance of this Agreement. These indemnification obligations shall survive the termination of this Agreement. 10. GOVERNMENT COMPLIANCE: Vendor agrees to comply with all federal, state and local laws, executive orders, rules, regulations and codes which may be applicable to Vendor's performance of its obligations under this Agreement, and all relevant provisions thereof are incorporated herein by this reference. Vendor agrees to indemnify and hold harmless City from any loss, damage and /or liability resulting from any such violation of such laws, orders, rules, regulations and codes. This indemnification obligation shall survive the termination of this Agreement. 11. NONDISCRIMINATION: Vendor represents and warrants that it and all of its officers, employees, agents, contractors and subcontractors shall comply with all laws of the United States, the State of Indiana and City prohibiting discrimination against any employee, applicant for employment or other person in the provision of any Goods and Services provided by this Agreement with respect to their hire, tenure, terms, conditions and privileges of employment and any other matter related to their employment or subcontracting, because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status and /or Vietnam era veteran status. 12. NO IMPLIED WAIVER: The failure of either party to require performance by the other of any provision of this Agreement shall not affect the right of such party to require such performance at any time thereafter, nor shall the waiver by any party of a breach of any provision of this Agreement constitute a waiver of any succeeding breach of the same or any other provision hereof. 13. NON- ASSIGNMENT: Vendor shall not assign or pledge this Agreement, whether as collateral for a loan or otherwise, and shall not delegate its obligations under this Agreement without City's prior written consent. 14. RELATIONSHIP OF PARTIES: The relationship of the parties hereto shall be as provided for in this Agreement, and neither Vendor nor any of its officers, employees, contractors, subcontractors and agents are employees of City. The contract price set forth herein shall be the full and maximum compensation and monies required of City to be paid to Vendor under or pursuant to this Agreement. 15. GOVERNING LAW; LAWSUITS: This Agreement is to be construed in accordance with and governed by the laws of the State of Indiana, except for its conflict of laws provisions. The parties agree that, in the event a lawsuit is filed hereunder, they waive their right to a jury trial, agree to file any such lawsuit in an appropriate court in Hamilton County, Indiana only, and agree that such court is the appropriate venue for and has jurisdiction over same. \Ussvrappsl \Usrr Data Admin\LA W\ hared\Prof:Svcs Gods Svcs \Strcct\2011 \GRIDLOCK TRAFFIC SYSTEMS Gols Services FORM Rcv April 201 Ldoc:9 /22/201 I I:56 PM] Gridlock Traffic Systems, Inc. Street Department 2011 Appropriation #0043 503.00 P.O. #27388 Contract Not To Exceed $54,457.63 16. SEVERABILITY: If any term of this Agreement is invalid or unenforceable under any statute, regulation, ordinance, executive order or other rule of law, such term shall be deemed reformed or deleted, but only to the extent necessary to comply with same, and the remaining provisions of this Agreement shall remain in full force and effect. 17. NOTICE: Any notice provided for in this Agreement will be sufficient if it is in writing and is delivered by postage prepaid U.S. certified mail, return receipt requested, to the party to be notified at the address specified herein: If to City: City of Carmel One Civic Square Carmel, Indiana 46032 ATTENTION: If to Vendor: AND Douglas C. Haney, City Attorney, Department of Law One Civic Square Carmel, Indiana 46032 Gridlock Traffic Systems, Inc. 6400 Massachusetts Avenue Indianapolis, IN 46226 Telephone: 317- 541 -2727 E Mail: TODD @GRIDLOCKTRAFFIC.COM ATTENTION: Todd Scott Notwithstanding the above, notice of termination under paragraph 18 hereinbelow shall be effective if given orally, as long as written notice is then provided as set forth hereinabove within five (5) business days from the date of such oral notice. 18. TERMINATION: 18.1 Notwithstanding anything to the contrary contained in this Agreement, City may, upon notice to Vendor, immediately terminate this Agreement for cause, in the event of a default hereunder by Vendor and /or if sufficient funds are not appropriated or encumbered to pay for the Goods and Services to be provided hereunder. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount representing conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. \Ussvrappsl \User Data- Admia\AWWharW\ProESvcs Goals Svcs \Sir i\ 2011\ GRIDLOCK TRAFFIC SYSTEMS Goo4 Services FORM Rev April 20! Lda::9/22/20I 11:56 PM] Gridlock Traffic Systems, Inc. Street Department 2011 Appropriation #0043 503.00 P.O. #27388 Contract Not To Exceed $54,457.63 18.2 City may terminate this Agreement at any time upon thirty (30) days prior notice to Vendor. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount of conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. 19. REPRESENTATIONS AND WARRANTIES The parties represent and warrant that they are authorized to enter into this Agreement and that the persons executing this Agreement have the authority to bind the party which they represent. 20. ADDITIONAL GOODS AND SERVICES Vendor understands and agrees that City may, from time to time, request Vendor to provide additional goods and services to City. When City desires additional goods and services from Vendor, the City shall notify Vendor of such additional goods and services desired, as well as the time frame in which same are to be provided. Only after City has approved Vendor's time and cost estimate for the provision of such additional goods and services, has encumbered sufficient monies to pay for same, and has authorized Vendor, in writing, to provide such additional goods and services, shall such goods and services be provided by Vendor to City. A copy of the City's authorization documents for the purchase of additional goods and services shall be numbered and attached hereto in the order in which they are approved by City. 21. TERM Unless otherwise terminated in accordance with the termination provisions set forth in Paragraph 18 hereinabove, this Agreement shall be in effect from the Effective Date through December 31, 2011 and shall, on the first day of each January thereafter, automatically renew for a period of one (1) calendar year, unless otherwise agreed by the parties hereto. 22. HEADINGS All heading and sections of this Agreement are inserted for convenience only and do not form a part of this Agreement nor limit, expand or otherwise alter the meaning of any provision hereof. 23. BINDING EFFECT The parties, and their respective officers, officials, agents, partners, successors, assigns and legal representatives, are bound to the other with respect to all of the covenants, terms, warranties and obligations set forth in Agreement. 24. NO THIRD PARTY BENEFICIARIES This Agreement gives no rights or benefits to anyone other than City and Vendor. 25. ADVICE OF COUNSEL: The parties warrant that they have read this Agreement and understand it, have had the opportunity to obtain legal advice and assistance of counsel throughout the negotiation of this Agreement, and enter into same freely, voluntarily, and without any duress, undue influence or coercion. [Nssvrapps l \User Da, Admin\LA Wbharcxi\ProfSvcs Goods Svcs \Street\201 I \GRIDLOCK TRAFFIC SYSTEMS Gm s R Services FORM Rev April 201 I.doe:9 /22/2011 I:56 PM] Gridlock Traffic Systems, Inc. Street Department 2011 Appropriation #0043 503.00 P.O. #27388 Contract Not To Exceed $54,457.63 26. ENTIRE AGREEMENT: This Agreement, together with any exhibits attached hereto or referenced herein, constitutes the entire agreement between Vendor and City with respect to the subject matter hereof, and supersedes all prior oral or written representations and agreements regarding same. Notwithstanding any other term or condition set forth herein, but subject to paragraph 16 hereof, to the extent any term or condition contained in any exhibit attached to this Agreement or in any document referenced herein conflicts with any term or condition contained in this Agreement, the term or condition contained in this Agreement shall govern and prevail. This Agreement may only be modified by written amendment executed by both parties hereto, or their successors in interest. IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA by and through its Board of Public Works and Safety By: James Brainard, Presiding Officer ate to 6 -1( ry Date: Lori S, Wat Date: ATTEST: n Burke Member /D- Diana Cordray, IA Date: Member /o/5 GRIDLOCK TRAFFIC SYSTEMS, INC. By: Authorized Signature Printed Name Title FID /TIN: \Sssrapps1 \User Data- Admit] \LAW\harodWrofSves Goods Svcs \Sinai \201 I\ GRIDLOCK TRAFFIC SYSTEMS Goo SYSTEMS Got St Sar.'i c FORM Rev April 2011.doc9/22/2011 I:56 PM] 35 62. ogo £3 c/ Last Four of SSN if Sole Proprietor: Date: ci/2.'11// ITEM DESCRIPTION QUANTITY UNIT PRICE TOTAL 8A PAINTED MARKINGS LINE, PAINT, SOLID OR BROKEN, YELLOW, 4" 1,000,000.00 LFT $0.06 60,000.00 LINE,.PAINT, SOLID OR BROKEN, WHITE, 4" 1,000,000.00 LFT $0.06 60,000.00 LINE, PAINT -SOLID, YELLOW; 8" 500.00 LFT $0.15 75.00 LINE, PAINT, SOLID, WHITE, 8" 2,000.00 LFT $0.15 300.00 LINE, PAINT, SOLID, WHITE,'6" 23,000.00 LFT $0.12 2,760.00 LINE, PAINT, DOTTED, WHITE, 4" 300.00 LFT $0.06 18.00 LINE DOTTED,'WHITE; 8" 300:00 LFT $0.15 45.00 LINE, DOTTED; WHITE, 12" 50:00 LFT $0.50 25.00 TRANSVERSE MARKINGS, PAINT, SOLID, WHITE LONGITUDINAL CROSSWALK 24" 8,000.00 LFT $1.00 8,000.00 TRANSVERSE MARKING; PAINT, CROSSWALK LINE;'6" 2,500.00 LFT $0.'50 1,250.00 TRANSVERSE MARKINGS PAINT STOP LINE 2 4" 3,500.00 LFT $1.00 3,500.00 TRANSVERSE MARKINGS, PAINT, YIELD LINE, 12" X.18" 100.00 LFT $2.00 200.00 TRANSVERSE MARKINGS, PAINT, YIELD LINE, 18" X 27" 150.00. ,LFT $2.00 300.00 TRANSVERSE MARKINGS, PAINT, YIELD LINE, 24 "•X•36" 50.00 LFT $2:00 100.00 TRANSVERSE- MARKINGS, PAINT, SOLID YELLOW, CROSSHATCH LINE, 4" 1,500.00 LFT $0.25 375.00 TRANSVERSE MARKINGS, PAINT, SOLID YELLOW, CROSSHATCH LINE, 8" 600.00 LFT $0.40 240.00 TRANSVERSE MARKINGS, PAINT, SOLID YELLOW,"GROSSHATCH•LINE, 12 2'• 2,500.00 LFT $0:50 1,250.00 TRANSVERSE MARKINGS, PAINT, SOLID YELLOW,•CROSSHATCH LINE,•24 500.00 LFT $1.00 :500.00 TRANSVERSE MARKINGS, PAINT, SOLID WHITE,, CROSSHATCHLINE, 8"_ 500,00.,LF.T. $0, ,50 ......250 „00 LINE; REMOVE 500:00 LFT $0.50 250.00 TRANSVERSE MARKINGS, PAINT, LANE INDICATION ARROWS 250.00 EACH $38.00 9,500.00 TRANSVERSE MARKINGS, PAINT, LANE INDICATION ARROWS COMBINATION 20.00 EACH $45.00 900.00 TRANSVERSE MARKINGS, PAINT, LANE INDICATION ARROW (FISH HOOK WITH DOT IF THERE IS A LEFT ARROW) 10.00 EACH $100.00 1,000.00 TRANSVERSE MARKINGS, PAINT, LANE INDICATION COMBINATION ARROW (FISH HOOK WITH DOT IF THERE IS A LEFT ARROW) 10.00 EACH $100.00 1,000.00 TRANSVERSE MARKINGS, PAINT, WORD (ONLY) 150.00 EACH $50.00 7,500.00 TRANSVERSE MARKINGS, PAINT, WORD (STOP) 2.00 EACH $75.00 150.00 TRANSVERSE MARKING, REMOVE 50.00 LFT $2.00 100.00 PAVEMENT MESSAGE, REMOVE 20.00 SYS $20.00 400.00 PAINTING MOBILIZATION 2.00 EACH $10,000.00 20,000.00 TOTAL 8A 179,988.00 o4 Traffic :.Systems, 6400 Massachusetts Ave. Indianapolis, IN 46226 (317) 541 -2727 (317) 546 -3311 (FAX) Todd Scott (317) 716 -4605 (CELL) TODD @GRIDLOCKTRAFFIC.COM QUOTATION Quote# GL110201 Page 1 Location: HAMILTON COUNTY Proj Call: PAVEMENT TRAFFIC MARKINGS Owner: HIGHWAY DEPARTMENT Letting Date: 02/14/11 Quote GL110201 Exhibit n ®/11/2011 8B THERMOPLASTIC MARKINGS LINE, THERMOPLASTIC, SOLID, WHITE, 4" 1,000.00 LFT $1.00 1,000.00 LINE, THERMOPLASTIC, BROKEN, WHITE, 4" 500.00 LFT $1.00 500.00 LINE, THERMOPLASTIC, DOTTED, WHITE, 4" 50.00 LFT $1.00 50.00 LINE, THERMOPLASTIC, SOLID, WHITE, 8" 200.00 LFT $2.00 400.00 LINE, THERMOPLASTIC, SOLID, YELLOW, 4" 10,000.00 LFT $0.75 7,500.00 LINE, THERMOPLASTIC, BROKEN, YELLOW, 4" 2,000.00 LFT $0.75 1,500.00 LINE, THERMOPLASTIC, DOTTED, YELLOW, 4" 50.00 LFT $0.75 37.50 LINE, THERMOPLASTIC, SOLID, YELLOW, 8" 200.00 LFT $2.00 400.00 TRANSVERSE MARKINGS, THERMOPLASTIC, SOLID, WHITE, LONGITUDINAL CROSSWALK, 24" 500.00 LFT $6.00 3,000.00 TRANSVERSE MARKINGS, THERMOPLASTIC, STOP LINE, 24" 1,500.00 LFT $6.00 9,000.00 TRANSVERSE MARKINGS, THERMOPLASTIC, YIELD LINE, 12 ".X.18" 50.00 LFT $10.00 500.00 TRANSVERSE MARKINGS, THERMOPLASTIC, YIELD LINE, 18" X 27" 50.00 LFT $10.00 500.00 TRANSVERSE MARKINGS, THERMOPLASTIC, YIELD LINE 2 4 ".X 36" 50.00 LFT $10.00. 500.00 TRANSVERSE MARKINGS, THERMOPLASTIC, SOLID YELLOW CROSSHATCH LINE, 12" 500.00 LFT $3.00 1,500.00 TRANSVERSE MARKINGS, THERMOPLASTIC, SOLIDYELLOW 'CRO'SS,HATCH`LINE"24" `500100 LFT'' .$'6 "00 "3',000:00 TRANSVERSE MARKINGS, THERMOPLASTIC, SOLID WHITECROSSHATCH LINE, 12" 500.00 LFT $3.00 1,500.00 TRANSVERSE MARKINGS, THERMOPLASTIC, SOLID WHITE CROSSHATCH LINE, 24" 500.00 LFT $6.00 3,000.00 TRANSVERSE MARKINGS, THERMOPLASTIC, CROSSWALK LINE, 6" 300.00 LFT $1.50 450.00 TRANSVERSE MARKINGS, THERMOPLASTIC, LANE INDICATION ARROWS 5.00 EACH $100.00 500.00 T MARKINGS, THERMOPLASTIC, LANE INDICATION COMBINATION ARROWS 5.00 EACH $150.00 750.00 TRANSVERSE MARKINGS, THERMOPLASTIC, LANE> IND.ICAT,ION. WITH DOT IF THERE IS A LEFT ARROW) 5.00 EACH $300.00 1,500.00 TRANSVERSE MARKINGS, THERMOPLASTIC, LANE INDICATION COMBINATION ARROW (FISH HOOK WITH DOT IF THERE IS A LEFT ARROW) 5.00 EACH $300.00 1,500.00 TRANSVERSE MARKINGS, THERMOPLASTIC, WORD (ONLY) 5.00 EACH $125.00 625.00 TRANSVERSE MARKINGS, THERMOPLASTIC, WORD (RXR) 2.00 EACH $500.00 1,000.00 RUMBLE STRIPS 150.00 LFT $6.00 900.00 LINE, REMOVE 500.00 LFT $0.50 250.00 TRANSVERSE MARKING, REMOVE 50.00 LFT $2.00 100.00 PAVEMENT MESSAGE, REMOVE 20.00 SYS $20.00 400.00 THERMOPLASTIC MOBILIZATION 1.00 EACH $2,000.00 2,000.00 TOTAL 8B 43,862.50 8C HIGH DURABILITY PREFORMED MARKINGS TRANSVERSE MARKINGS, PREFORMED, SOLID, WHITE, LONGITUDINAL CROSSWALK, 24" 100.00 LFT $20.00 2,000.00 Quote# GL110201 Page 2 2/11/2011 8B, 8C, 8G, AND 8H. Quote# GL110201 Page 3 446,250.50 2/11/2011 TRANSVERSE MARKINGS, PREFORMED, STOP LINE, 24" 1,500.00 LFT $20.00 30,000.00 TRANSVERSE MARKINGS, PREFORMED, YIELD LINE, 12" X 18" 50.00 LFT $16.00 800.00 TRANSVERSE MARKINGS, PREFORMED, YIELD LINE, 18" X 27" 50.00 LFT $18.00 900.00 TRANSVERSE MARKINGS, PREFORMED, YIELD LINE, 24" X 36" 50.00 LFT $20.00 1,000.00 TRANSVERSE MARKINGS, PREFORMED, CROSSWALK LINE, 6" 400.00 LFT $5.00 2,000.00 TRANSVERSE MARKINGS, PREFORMED, LANE INDICATION ARROWS 10.00 EACH $300.00 3,000.00 TRANSVERSE MARKINGS, PREFORMED, LANE INDICATION COMBINATION ARROWS 5.00 EACH $500.00 2,500.00 TRANSVERSE MARKINGS,• PREFORMED, LANE INDICATION ARROW (FISH HOOK WITH DOT IF, THERE IS A LEFT.ARROW) 5.00 EACH $1,000.00 5,000.00 TRANSVERSE MARKINGS, PREFORMED, LANE. INDICATION COMBINATION ARROW (FISH HOOK WITH DOT IF THERE IS A LEFT ARROW)_ 5.00, EACH ..$1,000.00 5,000.00 TRANSVERSE MARKINGS, PREFORMED, WORD (ONLY) 5.00 EACH $400.00 2,000.00 TRANSVERSE MARKINGS, PREFORMED, WORD, ,(RXR) 600 EACH 7,500.00 TRANSVERSE MARKINGS, PREFORMED, SCHOOL .6.00 EACH $600.00 3,600.00 TRANSVERSE'VARKINGS,`PR'EFORMED, WORD: (STO.P)`. EACH $1,000.00 TRANSVERSE MARKINGS, PREFORMED, DESIGNATED.: BICYCLE: LANE, 4'- 10:00 EACH $300:00. 3,000.00 LINE, PREFORMED, SOLID, WHITE, 4" 500.00 LFT $4.00 2,000.00 LINE PREFORMED BROKEN,'WHITE, 4" 100.00 LFT $4.00 400.00 LINE, PREFORMED, SOLID, YELLOW 4 500.00 LFT $4.00 2000.00 LINE, PREFORMED, BROKEN; YELLOW, 4 100.00 LFT $4.00 400.00 LINE, REMOVE 500.00 LFT $0.50 250.00 TRANSVERSE MARKING, REMOVE 50.00. LFT $2.00 .100.00 PAVEMENT•MESSAGE, REMOVE 20.00 SYS $20.00. 400.00 PREFORMED MARKINGS MOBILIZATION 1.00 EACH $1,000.00 1,000.00 TOTAL .8q. 74,850:.00 8G SNOWPLOWABLE RAISED PAVEMENT MARKINGS.: PRISMATIC REFLECTOR 1,200.00 EACH $11.00 13,200.00 SNOWPLOWABLE RAISED PAVEMENT "'EACH ..$150'00 3;000:00 SNOWPLOWABLE RAISED PAVEMENT MARKER, REMOVE 20.00 EACH $50.00 1,000.00 RAISED PAVEMENT MARKING MOBILIZATION 2.00 EACH $1,000.00 2,000.00 TOTAL 8G 19,200.00 8H ALL WEATHER PAINTED MARKINGS LINE, PAINT, SOLID OR BROKEN, YELLOW, 4" 300,000.00 LFT $0.14 42,000.00 LINE, PAINT, SOLID OR BROKEN, WHITE, 4" 400,000.00 LFT $0.14 56,000.00 TRANSVERSE MARKINGS, PAINT, SOLID YELLOW, CROSSHATCH LINE, 12" 500.00 LFT $1.00 500.00 TRANSVERSE MARKINGS, PAINT, SOLID YELLOW, CROSSHATCH LINE, 24" 500.00 LFT $2.00 1,000.00 LINE, REMOVE 500.00 LFT $0.50 250.00 TRANSVERSE MARKING, REMOVE 50.00 LFT $2.00 100.00 PAVEMENT MESSAGE, REMOVE 20.00 SYS $25.00 500.00 PAINTING MOBILIZATION 1.00 EACH $28,000.00 28,000.00 TOTAL 8H 128,350 00 8B, 8C, 8G, AND 8H. Quote# GL110201 Page 3 446,250.50 2/11/2011 ALL FOOTAGE IS LINEAR FEET 2011 Pahl STREET FROM TO YELLOW YELLOW SOUR SKIP YELLOW YELLOW YELLOW YELLOW wHrrE WHITE SKIP WHITE WHITE LANE COMBINATON ONLY WHITE Y 1040 YELLOW YELLOW CROSS CROSS CROSS CROSS UNE UNE WHITE CROSS STOP INDICATIOR ARROW PIANO I• WISKly 1' 1' NATO 4' 640661 HATCH tY HATCH 24 4 e' 4' WAUL r BAR 74' ARROW KEYS 24' 1 Main street River rd E. pavement break tfp 2 ,064 7,343 441 170 10,685 Hazel) Dell (RAB) 2 Main street US 31 pavement break E. 1.082 1,082 of Pennsylvania 3 Main street 141.1 Main street Old Meridan (RAB) 1,308 564 145 3,048 4 Main street Rangeline rd W. 4th street (RAB) 2450 5 Main street Gray rd pavement break(ci?Keystone(rab) 52.858 13,602 60 24 3 1 3 e Main street Hazel Dell Fire station west 5,396 7 Range line rd Carmel dr City center dr 2.210 2,942 102 963 1.571 100 203 8 8 Rangeline rd 106th street pavement break (d)98th street 1,582 540 232 3,457 36 2 2 9 Range Line rd Main street pavement break S.of 4.652 67 25 1 1 136th street (RAB) 10 Fire lane station 1 152 25 2 2 11 Old Meridian Guilford (RAB) US 31 ,,174 2,420 262 12 Executive dr Range Line rd Carmel dr 3,142 277 234 58 2 13 Hazel Dell 96th street 116th street 113 :036 5,530 420 110 a 2 5 14 901 street Keystone BLVD Hazel Dell 12546 5,620 20,582 2,052 15 96th street US 31 96th street 74 280 18 College rd 96th street Pennsylvania street 632 „64 17 Pennsylvania street pavement break (h S. 103(RAB) College rd 550 1,542 30 2 Totals 51,702 0 12,491 1192 170 0 320 0 59,965 0 11,397 834 514 28 5 12 0 ALL FOOTAGE IS LINEAR FEET 2011 Pahl ALL FOOTAOE IS LINEAR FEET 2011 PSnt P400 2 STREET FROM TO YELLOW YELLOW SOLID SKIP YELLOW YELLOW YELLOW YELLOW WHITE WHITE SKIP WHITE WHITE LANE COMINATON ONLY WHITE 4 ONE YELLOW YELLOW CROSS CROSS CROSS CROSS 1164E UNE WHITE CROSS STOP INDICATIOR ARROW PIANO S' WISKIP 4' 4' HATC 4' HATCH S' HATCH 1Y HATCH 24' 4' S" 4' WALK S' BAR 24' ARROW KEYS 24' 18 City Center pavement break E. Carmel Gardens 1.150 1,578 of Rangeline rd. 19 Keystone blvd 106th street Ramps gours 3414 20 111th street Westfield blvd College 10683 10.860 27 111th street College Pennsylvania street 3,308 3,308 22 111th street Pennsylvania street US 31 1,024 1,024 23 River rd. pavement break S.of 146th ST. pavement break N. of 0604 10.349 4 2 Tall Timber trail 24 River rd. Fletcher trail McAllister trail 1.831 1,831 25 98th street east Keystyone blvd Lakewood dr 232 232 40 3 2 1 26 Springmill rd pavement break (S pavement break S. 2,878 431 4.748 Dorset (RAB) of creekwood In. 27 136th street Oak Ridge (RAB) Elgin dr. 1,700 208 17 444 14 28 Towne rd. Main street 126th street 3506 1,105 884 south crosswalk North crosswalk Totals 15,531 208 111 5 0 17 0 0 74435 3114 2,645 0 54 7 2 3 0 ALL FOOTAOE IS LINEAR FEET 2011 PSnt P400 2 ALL FOOTAGE IS LINEAR FEET 2011 Pnlnl P 3 STREET FROM TO YELLOW YELLOW SOL10 SKIP YELLOW YELLOW YELLOW YELLOW WHrrE WHITE SKIP WHITE WHITE LANE COMINATON ONLY WHITE 4' LINE YELLOW YELLOW CROSS CROSS CROSS CROSS UNE UNE WHITE CROSS STOP INDICATIOR ARROW PIANO e' WISKIP 4' HATC HATCH 6' HATCH 1r HATCH 24 V r r WALKS' RAR24' ARROW KEYS 24" 29 106th street Hazel dell pavement break Gray rd (RAB) 2,830 558 445 e+1 30 106th street Haverstick rd 3207 E.106th street 8.588 3.226 31 106th street pavement break W. of pavement break E. of 9.390 9.893 springmill rd. Ditch rd. 32 106th street pavement break W. of Towne rd. 9.854 404 111 8,555 Ditch rd. 33 106th street Towne rd. Shellborne rd. 10,144 506 12,108 34 106th street Shellbome rd. US 421 8,270 x366 37 106th street US 31 pavement break East of 4674 2.621 242 3 3 Springmill rd. 35 Commerce dr. 106th street 99th street 5.508 172 854 82 8 4 38 Retail Lane US 421 Commerce Drive e■2 529 373 30 4 4 37 Ditch rd. 146th street 141street (RAB) 334 48 212 2 2 38 Ditch rd. 136th street 300' N of 131st Street 4,248 81 4,396 39 Ditch rd. pavement break N. of 116th street 8,293 815 180 9 106th street (RAB) 40 Ditch rd. pavement break S.of 96th street (RAB) 9,580 9,560 106th street (RAB) 41 Little Eagle creek rd 141st street 146th street 5,378 5,378 20 42 Shelborne rd 146th street 141st street 1 640 1,087 149 2.802 18 Totals 66,511 500 2,390 774 701 540 to 0 70,277 0 272 0 170 17 0 13 0 ALL FOOTAGE IS LINEAR FEET 2011 Pnlnl P 3 ALL FOOTAGE* LINEAR FEET 2011 Paint page 4 STREET FROM TO YELLOW YELLOW SOLID SKIP YELLOW YELLOW YELLOW YELLOW WHITE WHITE SKIP WHITE WHITE LANE COMINATON ONLY WHITE 4' UNE YELLOW YELLOW CROSS CROSS CROSS CROSS LJNE UNE W14176 CROSS STOP INDICATIOR ARROW PLANO r WISKIP 4" 4" HATC 4 HATCH 6" HATCH 12" HATCH 24' 4' r 4" WALK r BAR 24• ARROW KEYS 24" 43 Shelbome rd 141st street pavement break N. of Long ridge blvd Len 396 2,796 10 44 Shelborne rd pavement break N. of Main street 1,224 226 282 2.869 41 1 Dolan way 45 141st street pavement break W. 656 W. 141st street 2,074 2,074 of Springmill (RAB) 46 141st street 2345 W.141st street Magic Stallion dr 8,616 9.632 40 1 1 47 11611 street River road Hazel Dell 2,166 2,704 1,087 534 360 80 9 9 46 Rangeline rd pavement break S. of 106th street 2,718 79 7.539 110 36 4 4 change skip to solid 116th street 49 Keystone Blvd 96th street pavement break 3,944 2,496 1244 N. of 98th street 50 141st street Shelborne rd 3637 W. 141st street 616 516 10 51 141st street West rd Little Eagle creek rd 99th street 2,932 5,200 2,932 e0 52 Haverstick 96th street 53 99th street Westfield blvd Keystone 7,324 416 7,730 50 54 Old Meridian Guilford Main street 570 1,420 3 3 55 Main street pavement break Keystone 1,444 1,658 773 360 East 4th street pavement break City Center dr. 3,482 2641 85 1 1 56 3rd ave S.W Industrial dr. Totals 43,690 419 4,986 282 0 79 0 0 43,653 0 3,753 408 397 19 0 18 0 ALL FOOTAGE* LINEAR FEET 2011 Paint page 4 ALL FOOTAGE IS LINEAR FEET 2011 Pahl page 5 QG Vc1 70.7 Round -a- Bout YELLOW YELLOW YELLOW WHITE WHITE SKIP SKIP SKIP WHITE (RAB) (RAB) LANE SHARK SHARK SHARK SHARK SHARK SHARK WHITE WHITE LINE LINE CROSS LINE LINE WHITE WHITE WHITE CROSS STRAIGHT STRAIGHT INDICATIOR TEETH TEETH TEETH TEETH TEETH TEETH CROSS PIANO 4" 8" HATCH 12" 4" r 4" 8" 52" HATCH 8" RIGHT LEFT ARROW 18 "X25" 18 "X28" 27 "X18" 28 "X38" 18 "X12" 38 "X25" WALK 6" KEYS COMBINATION WITH/DOT 24" ARROW COMBINATION ARROW 4th srteet Main street 83 50 4 16 90 106th street Gray rd 1223 102 101 34 20 240 116th street Ditch rd 310 15 12 136th street Ditch rd 60 24 320 136th street Oak Ridge 44 16 34 210 136th street springmill rd 92 36 370 141st street Ditch rd 60 24 340 141st street Springrmill rd 38 25 220 Oak Ridge Adios Pass 32 21 260 Oak Ridge Bennett rd 36 23 270 Old Meridian Grand Blvd 581 1201 169 78 234 4 4 26 340 131st street Old Meridian 579 185 376 792 2 46 470 126th Keystone 2 E.Maine Keystone 1 Towne 126th street 87 288 80 384 156 31 270 Towne Glebe street 268 287 116 33 420 J C� v 0 C p O Gsi O a o, C",, J G o it z 0 \3 1 a h ,,,\.-7 hc/ o .5> es- o h U� °9 o° VP 9° 0 0 D o 0 v o Totals 997 2114 1488 1,100 324 238 1,088 400 390 4 7 6 26 34 170 62 81 12 00 3730 ALL FOOTAGE IS LINEAR FEET 2011 Pahl page 5 QG Vc1 70.7 ALL FOOTAGE IS LINEAR FEET 2011 Paint page 6 YELLOW YELLOW SOLID SKIP YELLOW YELLOW YELLOW YELLOW WHITE WHITE SKIP WHITE WHITE LANE COMINATON ONLY WHITE 4" LINE YELLOW YELLOW CROSS CROSS CROSS CROSS LINE LINE WHITE GROSS STOP INDICATION ARROW PIANO 8" W/SKIP 4" 4" HATC 4" HATCH 8" HATCH 12" HATCH 24" 4" 8" 4" WALK 6" BAR 24" ARROW KEYS 24" 0,0- x, 15 C.C(5,- 0.01a 0 25 C. Ho O.Sc 1,00 OA. 0,15 Cols 0.S0 I. cc, 3g.00 O. °L' SC..00 l.oc. Totals pages 1 -4 130w -I.Li, 217,741 10,s° 1130 0.1o.z0 20,170 II(,-8S 1948 a17, 75 871 2,54.L10 636 2LII,..00 492 0 0 91,4.slz.lo I�.S 216,526 3414 loq �„�g 18,268 ���t do 1242 �y95.00 995 z�9�. c� 71 zls. 7 ti�G °c 46 o 0 ALL FOOTAGE IS LINEAR FEET 2011 Paint page 6 AL, FOOTAnE 15 LINEAR FEET 2011 Feint P`,fi �n� 1 /y 5 7, 4 YELLOW YELLOW SOLID SKIP YELLOW YELLOW YELLOW YELLOW WHITE wHITE WHITE WHITE WHITE WHITE WHITE WHITE SHARK SHARK SHARK SHARK SHARK SHARK LANE COMINATON LINE YELLOW YELLOW CROSS CROSS CROSS CROSS CROSS LINE LINE SKIP SKIP SKIP 011099 STOP TEETH TEETH TEETH TEETH TEETH TEETH INDICATIOR ARROW (RAB) (RAB) ONLY WHITE r /SKIP 4 4' HATC4 HATCH9' HATCH 12' HATCH24 HATCH B' 4' r 4' r IT WALKS BAR 24 18'7425' 78'X28' 27X 16' 28'X38' 18'2 12' 38'X25 ARROW STRAIGHT STRAIGHT PIANO RIGHT LEFT WITWDOT. COMBINATION__ AR� KEYS 24' COMBINATION .217741 997 i tb 2114 :.201]0 1..• 1846`.' k 871 .�YY 838 J 402 1 1488 0" _n 700 216526 1,100 'I7/14 324 18,288 1 238 r..... 1 /M .:12/2- 00 F 28. A 1713 82 61 12 _71 6 ARROWS 218.730 3244 20,170 1068 871 836 1980 0 390 217,626 3736 18,506 7088 400 1332 995 26 34 176 62 81 12 77 7 4 4 7 3730 1 008 0.75 S 008 5 0.06 S 0.25 E 040 5 0.50 S 1.00 S 0.50 1 0.08 0.15 5 0.08 S 0.15 5 050 5 0.60 5 100 2.00 2.00 2.00 2.00 200 8 2,00 38.00 S 45.00 8 10000 s 48 3730 1 13,124.28 1 486.60 S 1,210.20 1 11688 S 217.75 S 254.40 1 990.00 1 1 195.00 5 13,067.56 158070 1 1,110,36 S 159.90 1 200,00 1 0666.00 199500 S 52.00 5 80.00 0352.00 5724.00 1 122.00 1 2 S 2,82800 S 315.00 100.00 S 50.00 1.00 1 400.00 5 ]00. 52.300.00 13 ,730.00 AL, FOOTAnE 15 LINEAR FEET 2011 Feint P`,fi �n� 1 /y 5 7, 4